MANGAUNG METRO MUNICIPALITY has floated a tender for Provision of Banking Services. The project location is South Africa and the tender is closing on 10 Apr 2024. The tender notice number is MMM/BID719:2023/2024, while the TOT Ref Number is 97693893. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : South Africa

Summary : Provision of Banking Services

Deadline : 10 Apr 2024

Other Information

Notice Type : Tender

TOT Ref.No.: 97693893

Document Ref. No. : MMM/BID719:2023/2024

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MANGAUNG METRO MUNICIPALITY
Supply Chain Management Offices, 6 Mannion Road, Orangesig, Bloemfontein, 9300
South Africa
Email :lesego.mogapi@mangaung.co.za / der@mangaung.co.za

Tender Details

Tenders are invited for Provision of Banking Services.

Tender Fee (Nonrefundable) R 392.00

Payments Cannot be Made at Supply Chain Management Offices but can be Made at
The following Municipal Pay Points:
• Bram Fischer Building Bloemfontein,
• Re -a-Hola Shopping Complex - Botshabelo,
• Thaba - Nchu Civic Centre, Hostel One - Bloemfontein (Dr. Belcher Road),
• Mangaung Regional Offices - Cnr. Moshoeshoe & George Lubbe Roads
Bloemfontein

Tax clearance reference number and tax compliance status pin must be attached. 2. In the case of the Joint venture a tax clearance reference number and tax compliance status pin of all parties must be
attached. 3. Copy of Centralised Supplier-s Database Administered by National Treasury (CSD) must be attached. 4. In case of a JV Copy of Centralised Supplier-s Database Administered by National Treasury
(CSD) of all parties must be attached. 5. Copy of JV agreement (in case of JV) must be attached. 6. Proof from the relevant Municipality stating that municipal rates and taxes of the bidder are not in arrears for
period of more than 90 days from the closing date of the bid. 7.The Municipality shall accept municipal rates and taxes bearing name of the directors irrespective of the company address and also Municipal
rates and taxes not bearing company / directors name, however the address on the municipal rates and taxes must match the one of the company-s / director-s address or, proof that bidder is leasing a property
and valid lease agreement must be submitted together with the bid document on the closing date of the bid or, proof that bidder is sub - leasing a property must be submitted on the closing date of the bid (refer
to ANNEXURE C of the bid document) or, provide a stamped letter from the relevant Councillor stating that bidder-s business is conducted in the property where the municipality is not issuing municipal accounts
/ statements . 8. In case of a JV document (s) the above stated in paragraph 6 must be attached for each member. 9 All supplementary / compulsory forms contained in the bid document must be completed
and signed in full. 10. Bidders will only be allowed to submit one bid document per bid (either as a joint venture or individual company not both). 11. Failure to comply with the above-mentioned conditions shall
invalidate your bid.
Please Note:
2. Section 217 of the constitution of the Republic of South Africa requires an organ of state to contract for goods and services in accordance with a system which is fair, equitable, transparent, competitive and
cost effective. 2. No bid(s) will be accepted from a person in the service of the state.
3. No telegraphic, telefax and late bids will be accepted.
4. The bidder who scores the highest procurement points in terms of the preferential point system will not necessarily be awarded the bid and the Municipality reserves the right to accept where applicable a part or portion of any bid or where possible accepts bids or proposals from multiple bidders.
5. Bidders other than EMEs/QSE must submit an original or certified copy of a BBBEE certificates from verification agencies, accredited by SANAS; or tenderers who qualify as EMEs/QSEs must submit sworn affidavit signed by the EME/QSE representative and attested by a Commissioner of oaths. Note must be taken that certificates issued by IRBA and Accounting Officers have been discontinued; however valid certificates already issued before 1 January 2017 may be used until they phase out completely by December 2017.
6. Bids or proposals that are invalid, non-responsible in terms of Clause 16.2.16 of the Supply Chain Management Policy will be disqualified at the opening.
7 In the case where bid validity period is not indicated in the bid document the bid validity period shall be 120 days from the closing date of the bid.
8. Bids shall automatically remain valid for a period of 120 days after expiry date of the original validity period, unless the Municipality is notified in writing of anything to the contrary.
9. Bid validity period may be further extended by a period 120 days subject to mutual consent in writing between the Municipality (represented by the GM: SCM) and the bidder(s). All bidders shall have an opportunity to extend such period.
10. The municipality will only communicate the outcome of the bid with the successful bidder.
11. The municipality shall perform risk assessment during bid evaluation stage and use risk assessment outcomes as an objective criteria as set out in the PPPFA to mitigate the risk of awarding bids to bidders with potential risk to the Municipality in line with the municipal
supply chain management policy.
12. The municipality reserves the right to negotiate market related prices with the preferred / successful bidder(s).
13. No statement of accounts/tax invoices from businesses
/landlords will be accepted as a replacement of lease/sub lease agreement.
14. Municipal supply chain management policy and Preferential procurement policy framework act No. 5 of 2000 and its regulation shall apply

Documents

 Tender Notice